Prepared By SUPPLY CHAIN SERVICES On Behalf


[PDF]Prepared By SUPPLY CHAIN SERVICES On Behalf...

4 downloads 132 Views 179KB Size

Prepared By SUPPLY CHAIN SERVICES On Behalf of SACRAMENTO COGENERATION AUTHORITY

REQUEST FOR PROPOSAL, INSTRUCTIONS TO PROPOSERS, PROPOSAL FORMS, CONTRACT FORMS, AND SCOPE OF SERVICES REQUEST FOR PROPOSAL NO. 150024.PC SCA BOP Control System Upgrade Project

***

PRE PROPOSAL CONFERENCE Thursday February 26, 2015 9:00 A.M.

***

Proposals are due at 5:00 P.M., Local Time, Thursday, March 12, 2015.

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

PROPOSAL NO. 150024.PC SCA BOP Control System Upgrade Project TABLE OF CONTENTS 1. 

REQUEST FOR PROPOSALS

1-1 

2. 

INSTRUCTIONS TO PROPOSERS

2-3 

2.1.  2.2.  2.3.  2.4.  2.5.  2.6.  2.7.  2.8.  2.9.  2.10.  2.11.  2.12.  2.13.  2.14.  2.15.  2.16.  2.17.  2.18.  2.19. 

2-3  2-3  2-4  2-4  2-4  2-4  2-5  2-5  2-6  2-6  2-6  2-6  2-6  2-6  2-6  2-7  2-7  2-8 

2.20.  2.21.  2.22.  2.23.  3. 

TIME AND MANNER OF SUBMISSION EXPLANATIONS TO PROPOSERS WITHDRAWAL OR MODIFICATION OF PROPOSALS REVISIONS AND SUPPLEMENTS SITE INSPECTION AND CONDITIONS Mandatory PRE-PROPOSAL CONFERENCE PROPOSAL EVALUATION AND SELECTION PROCESS NON EXCLUSIVE AGREEMENT QUALIFICATIONS OF PROPOSERS PROPOSAL PREPARATION COSTS ALTERNATE PROPOSALS CONFLICTS BID SCHEDULE MANNER AND TIME OF PAYMENT SUBCONTRACTORS FRANCHISE TAX FORM 590 NOTICE RELATED TO PROPRIETARY/CONFIDENTIAL DATA CONTRACT SUPPLIER EDUCATION & ECONOMIC DEVELOPMENT (SEED) PROGRAM ENVIRONMENTAL PROCUREMENT SAFETY PROGRAM BONDS NON-DISCLOSURE NOTIFICATION

2-8  2-8  2-8  2-9  2-10 

SUPPLIER EDUCATION & ECONOMIC DEVELOPMENT (SEED) PROGRAM 3-1  3.1.  3.2.  3.3.  3.4.  3.5.  3.6.  3.7. 

INTRODUCTION OVERVIEW PROGRAM GOALS AND INCENTIVES SEED PROGRAM QUALIFICATION CONTRACT COMPLIANCE FALSIFICATION OF INFORMATION ADDITIONAL INFORMATION

RFP 150024.PC SCA Control Upgrade Project.docx

i

3-1  3-1  3-1  3-2  3-3  3-3  3-3  RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

4. 

PROPOSAL EVALUATION CRITERIA

4-1 

5. 

PROPOSAL REQUIREMENTS

5-1 

5.1.  5.2.  5.3.  5.4.  5.5.  5.6.  5.7. 

5-2  5-3  5-4  5-5  5-6  5-7 

5.8.  5.9.  5.10.  5.11. 

PROPOSAL AGREEMENT NO. 150024.PC SAFETY COMPLIANCE CERTIFICATE NONCOLLUSION AFFIDAVIT PUBLIC RECORD INDEMNITY AGREEMENT PROMPT PAYMENT PROGRAM SEED PROGRAM SMALL BUSINESS DECLARATION DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS AND SUPPLIERS CONTRACTOR’S LICENSE INFORMATION BID BOND FORM DETAILED PROPOSAL BID SCHEDULE

5-8  5-10  5-11  5-12  5-15 

6. 

CONTRACT

6-1 

7. 

GENERAL CONDITIONS

7-1 

8. 

SPECIAL CONDITIONS

8-1 

9. 

TECHNICAL SPECIFICATIONS

9-1 

10.  CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT

RFP 150024.PC SCA Control Upgrade Project.docx

ii

10-1 

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

1. REQUEST FOR PROPOSALS NO. 150024.PC The Sacramento Municipal Utility District, hereinafter referred to as “SMUD”, on behalf of the Sacramento Cogeneration Authority, hereinafter referred to as “SCA”, is soliciting proposals for the SCA BOP Control System Upgrade Project. This Request for Proposal provides instructions to contractors for submitting proposals and establishes terms and conditions under which SCA will contract for such services. Proposals responding to this Request for Proposal will be due at 5:00 P.M., Local Time, Thursday, March 12, 2015 in the Supply Chain Services Office at SCA at 6201 S Street, Sacramento, California. All proposals must strictly conform to the requirements described in this Request for Proposal. PROPOSERS SHALL REQUIREMENTS:

PAY

PARTICULAR

ATTENTION

TO

THE

FOLLOWING

ENVIRONMENTAL PROCUREMENT: SMUD has adopted an Environmental Protection Policy in which it commits to environmental stewardship, the conservation of natural resources, reductions in the use of hazardous substances, reductions in mobile sources of NOx emissions, and recycling and responsible disposal. SMUD will promote environmental procurement practices that will minimize environmental impacts, conserve natural resources, and reward environmentally conscious manufacturers and contractors, while remaining fiscally responsive. To further its policy SMUD will favor environmentally preferable procurements when price, quality and availability are equal. To this end, SMUD will endeavor to reward environmentally conscious manufacturers, suppliers and contractors with contracting opportunities that address these policy goals in addition to providing SMUD and its customer-owners fiscally responsible procurement options. SUPPLIER EDUCATION & ECONOMIC DEVELOPMENT (SEED) PROGRAM: SMUD is committed to achieving full and equal contracting opportunities for ratepayers doing business with SMUD and has adopted the program described in this solicitation to help fulfill that commitment. SAFETY PROGRAM REQUIREMENT: The personal safety and health of the general public, SMUD employees, and Contractor employees is of paramount importance. Included within this specification are safety instructions that have been prepared to aid a Contractor or Contractor’s employees to comply with the safety requirements and regulations which are necessary to avoid personal injury to the general public, SMUD employees, and Contractor employees and to prevent damage to SMUD buildings, equipment or materials while performing this contract. PREVAILING WAGE REQUIREMENT: Any contractor undertaking any public work, and any subcontractor under him, shall pay not less than the general prevailing rate of wages and the general prevailing rate for holiday and overtime work, in the locality in which the public work is to be performed, for each craft, classification, or type of workman needed to perform the public work. The prevailing rates of wages shall be as 1-1 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

determined by the Director of the Department of Industrial Relations of the State of California. The established rates are available at http://www.dir.ca.gov/dlsr/#PWD. SACRAMENTO MUNICIPAL UTILITY DISTRICT By:

S:/Attila Miszti

Name: Attila Miszti Title: Manager, Purchasing, Warehouse Fleet Date: February 11, 2015

1-2 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2. INSTRUCTIONS TO PROPOSERS 2.1. TIME AND MANNER OF SUBMISSION The Proposal shall be submitted to and received by SMUD's Supply Chain Services office no later than 5:00 P.M., Local Time, Thursday, March 12, 2014 Proposals must be enclosed in a sealed envelope and addressed as follows: By Mail: Sacramento Municipal Utility District Supply Chain Services Office: Attention: Doug Moore (MS B204) Request for Proposal No. 150024.PC 6100 Folsom Blvd Sacramento, CA 95819-4630

By Overnight/Hand Delivery: Sacramento Municipal Utility District Supply Chain Services Office Attention: Doug Moore (MS B204) Request for Proposal No. 150024.PC 6201 S Street Sacramento, CA 95817-1899

The proposal-mailing envelope must be clearly marked as a proposal responding to SCA Request for Proposal No. 150024.PC; ATTENTION: Doug Moore. The envelope shall also show the Contractor's name and address. Each proposal shall give the full business address of the Proposer and shall be signed by an authorized official of the company. The name of each person signing the proposal shall be typed or printed below the signature. When requested by SMUD, satisfactory evidence of the authority of the person signing on behalf of the Proposer shall be furnished. Proposals shall cover the entire scope of the Request for Proposals, shall be printed one-sided 81/2 X 11” size and easily removable from any binding -- E.G. no glued or spiral binding. All proposals submitted become the property of SMUD. 2.2. EXPLANATIONS TO PROPOSERS Should the Proposer find discrepancies in or omissions from this document, or should the intent or meaning appear to the Proposer to be obscure or ambiguous, the Proposer should immediately send SMUD a written request for interpretation, clarification or correction thereof before submitting a proposal. The Proposer making such a request will be solely responsible for the timely receipt of the written request by SMUD. Replies to such inquiries will be made only in the form of addenda to this Request for Proposal, and will be issued simultaneously to all business firms or persons who have obtained a copy of the Request for Proposal from SMUD. Verbal requests for information during the period of proposal preparation are acceptable if made sufficiently in advance of the proposal opening date to allow issuance of an addendum to the Request for Proposal. Direct all communications regarding questions on this Request for Proposal prior to the due date to the following, as appropriate: Contact Contact Name Phone number Email

CONTRACTUAL Doug Moore (916) 732-7069 [email protected]

SUPPLIER DIVERSITY Lori Okamoto (916) 732-5984 [email protected]

2-3 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

SMUD will not be bound by any oral interpretation of the Request for Proposal, which may be made by any of its representatives or employees, unless such interpretations are subsequently issued in the form of an addendum to this Request for Proposal. 2.3. WITHDRAWAL OR MODIFICATION OF PROPOSALS Proposals may be modified or withdrawn only by a written request received by SCA prior to the Request for Proposal due date. 2.4. REVISIONS AND SUPPLEMENTS 2.4.1

Addenda: If it becomes necessary to revise or supplement any part of this Request for Proposal an addendum will be provided.

2.4.2

Acknowledgment of Addenda: Receipt of an addendum to this Request for Proposal by a Proposer must be acknowledged by signing and submitting the addendum signature sheet as part of the Proposer’s Proposal.

2.5. SITE INSPECTION AND CONDITIONS In addition to examination of this Request for Proposal, each Proposer shall make whatever other arrangements are necessary to become fully informed regarding all existing and expected conditions and matters which, during the contract time period, could affect in any way, the work, performance of work, or the cost thereof. Any failure to fully investigate the work site or the foregoing conditions shall not relieve the Proposer from responsibilities for properly estimating the difficulty or cost of successfully performing the work. SCA assumes no responsibility for any representation made by its representatives or agents, during or prior to the execution of a contract pursuant to this Request for Proposal, unless such information is in writing in the form of an addendum to this Request for Proposal. 2.6. MANDATORY PRE-PROPOSAL CONFERENCE A Pre-Proposal Conference is scheduled for 9:00 A.M. Thursday, February 26, 2015 at Sacramento Cogeneration Authority’s (SCA’s) Procter and Gamble Cogeneration Facility, which is located at 5000 83rd Street, Sacramento, CA 95826. It is mandatory that all Proposers attend this conference to ensure a complete understanding of the details of this Request for Proposal. Only Pre-Qualified Proposers may attend this conference. See Section 5.10.1 Pass/Fail Evaluation Criteria No 1 for additional requirements. Pre-Registration on the Bid WEBSITE is MANDATORY. registration link on our website, follow these steps:       

To find the conference

Visit www.bids.SCA.org Logon Click “Browse and View Solicitations” Click “Search For Solicitations” Use the search tools to find your solicitation. Click the solicitation’s link. Click the “Enter Attendees” button in the lower right corner. 2-4

RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2.7. PROPOSAL EVALUATION AND SELECTION PROCESS The proposals submitted in response to this solicitation shall be evaluated for award based on the criteria described in the Proposal Evaluation Criteria section of this Request for Proposal. SMUD may request additional information from any or all Proposers after the initial evaluation of the proposals to clarify terms and conditions. Based on SMUD's review of the proposals received, a short listed group of Proposers may be selected. The short listed firms may be required to make verbal presentations of their qualification to SMUD. If a presentation is determined to be required, the presentation will be considered in the overall technical rating. The contract will be awarded to the best-qualified Proposer, after price and other factors have been considered, provided that the proposal is reasonable and is in the best interests of SCA to accept it. The right is reserved, as the interest of SCA may require, to reject any or all proposals and to waive any irregularity in the proposals received. SMUD will post a “Notification of Intent to Award” and “Evaluation Summary” of the Proposals received and evaluated on the SMUD Bid Website in the Bid Results category (or any successor SMUD web portal) at least five (5) business days prior to awarding the contract. The posting includes the Proposal Price for all responsive proposals. After the “Notification of Intent to Award” and the “Evaluation Summary” are posted, any unsuccessful Proposers may request the reason(s) their proposal was not selected. In the event a Proposer elects to protest SMUD’s selection, the protest must be submitted in writing to SMUD’s Manager, General Services, within five (5) business days of the posting of the “Notification of Intent to Award” and “Evaluation Summary”. SMUD’s Contract Award and Protest Policy is available upon written request to the Manager, General Services, SMUD procurement staff, or may be found on www.SMUD.org. Proposals for construction contracts of $5,000,000 or more will be submitted to the Board of Directors of SMUD for award. MANDATORY REQUIREMENT The successful Contractor must complete a System Security Plan (“SSP”) in accordance with Special Condition Section 4 (SC-4). The System Security Plan must be approved by SMUD’s Contract Manager and Information Security Office prior to contract award. Within fourteen (14) calendar days after notice of award, the successful Proposer shall deliver to SMUD the required insurance certificates and the signed copies of the contract. The contract forms will be forwarded to the Proposer with the award notification. SMUD will not issue the Notice to Proceed until SMUD has received all the above-required documents. 2.8. NON EXCLUSIVE AGREEMENT This Request for Proposal does NOT establish an exclusive arrangement between SCA and the Proposer. SCA reserves, among others, the following rights:   

The right to use others to perform work and services described in this Request for Proposal. The right to request proposals from other contractors for work described in the Request for Proposal without requesting a proposal from the Contractor. The unrestricted right to bid any work or services described herein. 2-5

RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2.9. QUALIFICATIONS OF PROPOSERS SMUD expressly reserves the right to reject any proposal if it determines that the business and technical organization, equipment, financial and other resources, or experience of the Proposer, compared to the work proposed justifies such rejection. Proposers must be licensed under Chapter 9 of Division 3 of the Business and Professions Code of the State of California. 2.10. PROPOSAL PREPARATION COSTS The costs of developing proposals are entirely the responsibility of the Proposer and shall not be charged in any manner to SCA. 2.11. ALTERNATE PROPOSALS Proposals shall meet the requirements and conform to the format described in the Proposal Requirements section of this Request for Proposal. However, Proposers are encouraged to submit alternate proposals in addition to the base proposal, when they consider the alternative to be technically better or more cost effective. The alternate proposal should be submitted as an amendment to the base proposal package. 2.12. CONFLICTS If conflicts exist between the contract and the other elements of this Request for Proposal, the contract prevails. If conflict exists within the contract itself, the Terms and Conditions govern, followed by Scope of Services. If conflict exists between the contract and applicable Federal or State law, rule, regulation, order, or code; the law, rule, regulation, order or code shall control. Varying levels of control between the Terms and Conditions, drawings and documents, laws, rules, regulations, orders, or codes are not deemed conflicts, and the most stringent requirement(s) shall control. 2.13. BID SCHEDULE The Proposer shall be reimbursed for work performed under the contract in accordance with the items described in the Bid Schedule section of this Request for Proposal. 2.14. MANNER AND TIME OF PAYMENT Billing shall be submitted in accordance with LEGAL ADDRESSES and DETERMINATION OF QUANTITIES & SCOPE OF PAYMENT provisions contained in the Special Conditions of this Request For Proposal. In addition to a monthly invoice, Proposer will be required to submit (concurrently) a project status report describing the current status of each task, an updated schedule, and major project issues. 2.15. SUBCONTRACTORS The Proposers must describe in their proposals the areas that they anticipate subcontracting to specialty firms. Identify the firms and describe how Proposer will manage these subcontracts. The firms shall be listed on the Designation of Prime, Subcontractors, and Suppliers form, which is included in the Proposal forms section of this Request For Proposal. 2-6 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

Pursuant to Sections 4100-4114, inclusive, of the California Public Contract Code, each Proposer must submit a list showing the names and location of places of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one half of one percent of the prime contractor’s total proposal, together with a statement of the portion of the work to be done by each subcontractor. If no subcontractors are to be used, except within the one half of one percent (0.5%) limit set forth, the Proposer shall so state. SMUD may disqualify any Proposer who fails to comply with this instruction. Contractor to pay subcontractors in a timely manner. Nothing contained in the Contract shall create any contractual relation between any subcontractor and SMUD or SCA. 2.16. FRANCHISE TAX FORM 590 The Proposer to whom the contract award is made shall furnish SMUD with a completed State of California Franchise Tax Form 590. A blank Form 590 will be provided with the contract documents. 2.17. NOTICE RELATED TO PROPRIETARY/CONFIDENTIAL DATA Proposers are advised that the California Public Records Act (the “Act”, Government Code §§ 6250 et seq.) provides that any person may inspect or be provided a copy of any identifiable public record or document that is not exempted from disclosure by the express provisions of the Act. Each Proposer shall clearly identify any information within its submission that it intends to ask SMUD or SCA to withhold as exempt under the Act. Any information contained in a Proposer’s submission which the Proposer believes qualifies for exemption from public disclosure as "proprietary” or “confidential” must be identified as such at the time of first submission of the Proposer’s response to this RFP. A failure to identify information contained in a Proposer’s submission to this RFP as "proprietary” or “confidential” shall constitute a waiver of Proposer’s right to object to the release of such information upon request under the Act. SCA favors full and open disclosure of all such records. SMUD will not expend public funds defending claims for access to, inspection of, or to be provided copies of any such records. Along with each Proposer’s response to this RFP, each Proposer is required to submit a signed indemnity agreement, included with its response to this RFP, whereby Proposer shall agree to indemnify and defend SMUD or SCA on terms stated therein against all claims or actions brought against it to seek access to or compel disclosure of any records or documents in SMUD’s or SCA’s possession which were submitted to SMUD or SCA by any Proposer pursuant to this RFP. The Public Record Indemnity Agreement each Proposer will be required to sign and submit along with its response to this RFP is included in the “Proposal Requirements” section of this RFP.

2-7 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2.18. CONTRACT SCA’s standard contract is included in the Sample Contract section of this Request for Proposal. SMUD may reject proposals that contain exceptions to the Terms and Conditions included in the sample contract. 2.19. SUPPLIER EDUCATION & ECONOMIC DEVELOPMENT (SEED) PROGRAM 2.19.1 POLICY STATEMENT The Sacramento Municipal Utility District (SMUD) is committed to achieving full and equal contracting opportunity for ratepayers doing business with SMUD. SMUD recognizes the economic benefit provided by its contracting activity and has adopted this policy to promote the economic development of its ratepayer businesses. This program will provide direct economic benefit to SMUD’s customer-owners, and will complement other SMUD economic development programs. 2.19.2 REQUIREMENTS AND PROGRAM ELEMENTS A description of SMUD’s Supplier Education & Economic Development Program is included in this Request for Proposal. Proposers must comply with all the requirements specified in the program description and complete the form titled, “Designation of Prime Contractor, Subcontractors and Suppliers”. 2.20. ENVIRONMENTAL PROCUREMENT SMUD has adopted an Environmental Protection Policy in which it commits to environmental stewardship, the conservation of natural resources, reductions in the use of hazardous substances, reductions in mobile sources of NOx emissions, and recycling and responsible disposal. SMUD will promote environmental procurement practices that will minimize environmental impacts, conserve natural resources, and reward environmentally conscious manufacturers and contractors, while remaining fiSMUDlly responsive. To further its policy SMUD will favor environmentally preferable procurements when price, quality and availability are equal. To this end, SMUD will endeavor to reward environmentally conscious manufacturers, suppliers and contractors with contracting opportunities that address these policy goals in addition to providing SMUD and its customer-owners fiSMUDlly responsible procurement options. 2.21. SAFETY PROGRAM All Proposers shall execute and submit with their Proposal the form titled, “Safety Compliance Certificate”. Submittal of this completed form will certify that the Proposer has: 2.21.1 An effective Injury and Illness Prevention, which meets the requirements of all applicable laws and regulations, including but not limited to, California Labor Code Section 6401.7; 2.21.2 A written Code of Safe Practices, which relates to the Proposer’s operation in accordance with Title 8, California Code of Regulations (CCR) Section 1509, (Construction Safety Orders);

2-8 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2.21.3 A written plan for employee Emergency Medical Services in accordance with Title 8, California Code of Regulations, (CCR) Section 1512 (Construction Safety Orders); and, 2.21.4 Proposer agrees that it is fully responsible for the acts and omissions of its subcontractors and all persons either directly or indirectly employed by Proposer. Such certification shall be made by the person with the authority and responsibility for implementing and administering Proposer's Injury and Illness Prevention Program. 2.22. BONDS All bonds signed by other than officers of the surety company must be accompanied by power of attorney certificates. The insurers offering such surety bonds must be authorized to transact Surety insurance in the State of California as evidenced by approval of the State of California Department of Insurance. 2.22.1 Bid Bond The Proposal must be accompanied by a Bid Bond in the amount of ten 10% of the proposal amount ON THE FORM PROVIDED BY SMUD, executed as surety by a corporation authorized to transact Surety insurance in the State of California as evidenced by approval of the State of California Department of Insurance, or a Certified or Cashier’s Check, in an amount equal to ten percent of the proposal. 2.22.2 Performance Bond The Proposer to whom the contract award is made shall furnish SCA with a Performance Bond in an amount equal to 100 percent of the contract price, on the form provided by SCA, executed as surety by a Corporation authorized to transact Surety insurance in the State of California as evidenced by approval of the State of California Department of Insurance, Contractor’s Performance Bond shall cover the full warranty period. 2.22.3 Letter of Credit In lieu of a performance bond (payment bonds are statutorily required for public works projects), Proposer to whom the contract award is made may furnish SCA a Letter of Credit, in an amount equal to 100 percent of the contract price. Letter of Credit shall be held by SCA until completion of the full warranty period. Letter of Credit shall be provided on the form provided by SCA, or on other form provided by Contractor that is acceptable to SCA. 2.22.4 Payment Bond The Proposer to whom the contract award is made shall furnish SCA with a Payment Bond in an amount equal to 100 percent of the contract price if the amount of the contract proposal is $25,000 or more, on the form provided by SMUD, executed as surety by a corporation authorized to transact Surety insurance in the State of California as evidenced by approval of the State of California Department of Insurance.

2-9 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

2.23. NON-DISCLOSURE NOTIFICATION To complete the Scope of Services required, the Contractor, its subcontractors, and employees or agents will be required to review and analyze certain confidential information. Among other things, the confidential information may include, but is not limited to, trade secrets, proprietary information and financial information belonging to SMUD and/or SCA. In addition, the Contractor will be required to provide certain work products and deliverables which, by their character, content, and/or purpose are confidential information. Therefore, each individual who will have access to such confidential information will be expected to execute and to be bound by the terms and conditions of a Non-Disclosure Agreement. The Non-Disclosure Agreement will be provided as a separate document.

2-10 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

3. SUPPLIER EDUCATION & ECONOMIC DEVELOPMENT (SEED) PROGRAM 3.1. INTRODUCTION The Sacramento Municipal Utility District (SMUD) is committed to achieving full and equal contracting opportunity for ratepayers doing business with SMUD. SMUD recognizes the economic benefit provided by its contracting activity and has adopted this policy to promote the economic development of its ratepayer businesses. This program will provide direct economic benefit to SMUD’s customer-owners, and will complement other SMUD economic development programs. 3.2. OVERVIEW SMUD’s SEED Program creates contracting opportunities for local small businesses. To qualify, a business must be certified as a Small Business or Microbusiness by the state Department of General Services (DGS) and must be a SMUD ratepayer for the past six months at the DGS certification address of record. Additional features are described below. 3.3. PROGRAM GOALS AND INCENTIVES SMUD promotes a goal of 20% SEED participation in SMUD contracts. To achieve this, SMUD has established the following program incentives: 3.3.1

SEED Price Advantage- SEED qualified bidders will receive a price advantage which is 5% of the lowest responsible bid as determined by SMUD. This amount will be subtracted from all SEED qualified bids for evaluation purposes. The maximum SEED price advantage is $250,000, which is 5% of a bid of $5 Million.

3.3.2

RFP SEED Evaluation Points-(if applicable) Request for Proposal (RFP) solicitations are evaluated using published criteria and are evaluated on a 100-point SMUDle. Ten evaluation points are awarded to SEED qualified prime Proposers. Non- SEED prime Proposers may earn up to 10 evaluation points for proposing 20% or more SEED subcontracting. Proposals with less than 20% SEED subcontracting will be awarded a pro-rata share of these points for the percentage of proposed SEED subcontracting.

3.3.3

SEED Subcontracting- Non- SEED bidders may participate in the SEED program by subcontracting with SEED vendors. SMUD currently promotes a goal of 20% SEED subcontracting. Need help locating a SEED Subcontractor? Go to www.SMUD.org/SEED and select “Click to find a SEED subcontractor” near the bottom of the page or click here.

3.3.4

Non- SEED bidders proposing less than 20% SEED subcontracting will receive a price advantage of 5% of the total value of all its SEED subcontracting bids. This advantage is capped at $250,000 but will not exceed the calculated price advantage available to SEED primes if it is less. 3-1

RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

3.3.5

Non-SEED bidders proposing 20% SEED subcontracting or more will receive the fullcalculated price advantage available to SEED prime bidders.

3.3.6

To receive SEED subcontracting credit, non-SEED bidders and Proposers must submit SMUD’s “Designation of Prime, Subcontractors and Suppliers Form” (see forms in Section 3) and must list the SEED subcontractors they propose to utilize. In addition, prime bidders and Proposers are responsible for completing a SEED Program Small Business Declaration form for each SEED-qualified vendor listed.

3.3.7

“Subcontractor” refers to firms named in a proposal and listed on the “Designation of Prime, Subcontractors and Suppliers Form”, who will perform specific tasks of the contracted work. For SMUD construction contracts the definition of Subcontractor as prescribed by the Public Contract Code shall apply. For all other SMUD contracts, a Subcontractor is defined as an individual or firm providing supplies or services to the Proposer, which are specific to a SMUD solicitation, and provided under a separate contract agreement with the Proposer and having no employment relationship with the Proposer. As such, payments made by the Proposer to subcontractor individuals must not be subject to payroll withholding taxes. SEED subcontractors must fulfill a commercially useful function. Business arrangements where SEED subcontractors do not add substantial, identifiable value to the deliverable product or service are not acceptable.

3.3.8

In consideration of the price and evaluation points provided for SEED subcontracting, the Proposer, upon contract award, will be legally obligated to subcontract with all firms listed on the “Designation of Prime, Subcontractors and Suppliers” form in the proposal. SMUD, at its option, will monitor the utilization of subcontractors as declared by the prime contractor in its proposal.

3.3.9

Substitution of any subcontractor requires prior written approval from SMUD. If the winning bidder or Proposer received SEED subcontractor price advantage(s) or evaluation points, SMUD, at its option, may require the Proposer to replace the rejected SEED subcontractor with another qualified SEED subcontractor.

3.4. SEED PROGRAM QUALIFICATION 3.4.1

Vendors must meet both of the following qualifications to participate in the SEED Program:

3.4.2

Certification- the California Department of General Services (DGS), Office of Small Business and DVBE certification must certify the vendor as a Small Business or Microbusiness. This is the only certification accepted by SMUD. Vendors must be certified by the bid-opening date (IFBs) or proposal due date (RFPs) as applicable, to qualify for the SEED Program.

3.4.3

Ratepayer Qualification- the vendor must qualify as a SMUD ratepayer for the preceding 6 months prior to the bid or proposal due date. This will be based on the physical address of the business as recorded by the Department of General Services in its Small Business certification record. As a general rule this will be the address shown on the DGS Small Business certificate. SMUD will make a qualification determination where the address shown on the Small Business certificate is a post office box, other mail receiving only address or a leased facility where utilities are included in the lease agreement. 3-2

RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

3.5. CONTRACT COMPLIANCE SMUD may conduct post-award monitoring of any contract, which includes SEED participation. Contractors are required to maintain certified payroll reports by the contractor and all subcontractors, regardless of contract amount. SMUD may require the contractor to provide other related documentation to verify SEED participation equal to or greater than the participation levels stated at the time of award. 3.6. FALSIFICATION OF INFORMATION Falsification of information on the forms required by this solicitation may cause SMUD to cancel any existing contracts with the Proposer/vendor and may disqualify the vendor from contracting with SMUD in the future. A firm claiming SEED/ratepayer status under false pretenses will be disqualified from doing business with SMUD for a period of not less than one year and not more than five years unless SMUD's General Manager determines that the offending firm should be permanently barred from bidding on a SMUD contract. False pretenses include designating SEED subcontractors for scopes of work that they will not fully perform, using SEED firms as a “pass-through” to inflate actual participation, or any other action that subverts SMUD’s intended benefits to SEED participation. SMUD may seek all legal remedies available under the law against such Proposers. 3.7. ADDITIONAL INFORMATION SMUD’s Supplier Diversity Unit is responsible for the administration of the SEED Program. The Supplier Diversity Unit is available during regular SMUD business hours, to provide all SEED Program participants with additional information resources to encourage participation in the SEED Program. The Supplier Diversity Unit can be contacted by telephone at (916) 7325984. In addition, SMUD publishes current procurement opportunities and program information on its Internet website at www.bids.SMUD.org. Need help with Bonding or Insurance? Go to www.SMUD.org/SEED and select “Loan and Insurance” in the left column or click here.

3-3 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

4. PROPOSAL EVALUATION CRITERIA PROPOSAL EVALUATION CRITERIA: The proposals submitted in response to this Request for Proposals shall be evaluated for award based on the following criteria and weighting. If applicable the price will be adjusted for evaluation purposes in accordance with the SEED Program price advantages described in Section 3 of this document.

Item

Criteria Description

Weighting

1.

Pass/Fail Criteria*

2.

SEED Program Evaluation Points

10%

3.

Proposer's Experience and Qualifications

10%

4.

Experience and Qualifications of Key Project Personnel.

5%

5.

Proposer's Ability to Respond to SCA's Needs.

5%

6.

Technical Approach.

20%

7.

Commercial Terms (Price)

50%

Pass/Fail

Total

100%

* Proposal must achieve a Passing score on Evaluation Criteria 1 above to be declared responsible In the event it is evident that the prices proposed are unbalanced as to items charged or are otherwise determined by SCA to be unfair or unreasonable, SCA reserves the right to reject the proposal and award to the Proposer who otherwise meets the requirements of this Request for Proposal.

4-1 RFP 150024.PC SCA Control Upgrade Project.docx

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5. PROPOSAL REQUIREMENTS TO FACILITATE SMUD’S PROPOSAL REVIEW PROCESS, IT IS REQUIRED THAT EACH PROPOSAL CONTAINS ALL OF THE INFORMATION WITHIN THIS SECTION AND IS ORGANIZED IN THE SEQUENCE THAT THE ITEMS APPEAR IN THIS SECTION. THE PROPOSER SHALL SUBMIT Five (5) copies OF THE PROPOSAL IN HARD COPY AND ONE (1) IN ELECTRONIC (USB Flash Drive) FORMAT. SEE THE TABLE OF CONTENTS FOR A LISTING OF THE CONTENTS WITHIN THIS SECTION. PROPOSALS SHALL BE PRINTED ONE-SIDED, 8-1/2 X 11” SIZE AND EASILY REMOVABLE FROM ANY BINDING -- E.G. no glued or spiral binding. SMUD will provide an electronic copy of the Proposal Forms in MS Word 7.0 (or newer) which contains fill-in fields. The document is labeled RFP Proposal Fill-in Forms. Proposers may use the Forms provided to submit Proposals. Please provide responses to all questions in the block (fill-in fields) following every question. The fill-in fields will expand to accommodate your answer. Pictures, charts and graphs may also be inserted into the fill-in fields or may be attached as a separate documents if necessary Note: The content of the RFP Proposal Fill-in Forms is identical to that posted in Adobe format on the EBSS Web site. Page numbering may vary when complete as a result of the fill-in-fields.

RFP 150024.PC SCA Control Upgrade Project.docx

5-1

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.1. PROPOSAL AGREEMENT NO. 150024.PC PROPOSAL AGREEMENT: In compliance with Request for Proposal No. 150024.PC, SCA BOP Control System Upgrade Project, the undersigned hereby proposes and agrees to provide the services described, at the rates and dollar limits defined in the Proposal Rate Schedule attached hereto. It is understood that this proposal constitutes a firm offer that cannot be withdrawn for ninety (90) calendar days after the submission date for the proposals. The undersigned certifies that he/she has examined and is familiar with the content of this Request for Proposal; also that he/she has checked all the figures shown in the proposed Rate Schedule and other attachments hereto and understands that the Sacramento Cogeneration Authority will not be responsible for any errors or omissions on Contractor's part in preparing this proposal. If awarded the contract, the undersigned hereby agrees to execute a contract and furnish the necessary bonds and other documents specified in the Instructions to Proposers within the time set forth herein. The undersigned further agrees, if awarded the contract, that he/she will commence the work within the time set forth and will perform the work in accordance with the contract documents attached to this Request for Proposal. Attached hereto and made a part thereof by this reference are proposal forms pages 5-3 through 5-11, the Detailed Proposal, and the Bid Schedule. (There is, if required by the Instructions To Proposers, enclosed herewith a Bid Bond or Certified or Cashier’s Check payable to SCA in the amount of 10 percent of the total amount of the proposal which shall be and remain the property of said SCA in event of failure of the successful Proposer to execute the necessary contract and furnish the required bonds within 15 days after the form of agreement and bonds have been supplied to him.) PROPOSER : Company: Street Address: City:

State:

Zip:

Signed: Print Name: Title: Telephone:

Fax:

Email:

Date:

RFP 150024.PC SCA Control Upgrade Project.docx

5-2

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.2. SAFETY COMPLIANCE CERTIFICATE I,

the undersigned, (Print Company Representative Name)

of (Print Company Representative Title)

hereby certify the (Print Company Name)

information contained herein and that undersigned is duly authorized to certify that: A. Contractor has an effective Injury and Illness Prevention Program which meets the requirements of all applicable laws and regulations, including, but not limited to, California Labor Code Section 6401.7. (This section does not apply if Contractor does not perform any work under this agreement within the State of California.) and http://www.leginfo.ca.gov/cgi-bin/displaycode?section=lab&group=0600107000&file=6400-6413.5 B. Contractor has a written Code of Safe Practices, which relates to the contractor’s operation in accordance with Title 8, California Code of Regulations (CCR), Section 1509, Construction Safety Orders. C. Contractor has a written plan for employee emergency medical services in accordance with Title 8, California Code of Regulations (CCR), Section 1512, Construction Safety Orders. D. Within the last three years, has your company ever been cited for a violation of any Federal, state, regional or local OSHA or environmental laws, rules, regulations or ordinances? NO

YES (If yes, attach details)

E. Contractor agrees that it is fully responsible for the acts and omissions of its subcontractors and all persons either directly or indirectly employed by Contractor. F. The above-named person has the authority and responsibility for implementing and administering Contractor’s Injury and Illness Prevention Program. IN WITNESS WHEREOF, the undersigned has executed this Safety Compliance Certificate under the penalty of perjury of the laws of the State of California on: Signed: Print Name: Date:

RFP 150024.PC SCA Control Upgrade Project.docx

5-3

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.3. NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY PROPOSER AND SUBMITTED WITH PROPOSAL

I,

being first duly (Print Company Representative Name)

sworn, deposes and says that he or she is of (Print Company Representative Title)

the party making the (Print Company Name)

foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

Signed: Print Name: Title: (The signature of the officer on this affidavit must be acknowledged before a Notary Public) State of California County of ____________________ Subscribed and sworn to (or affirmed) before me on this ______day of ______________, 20____, by Date

Month

Year

________________________________________________, Name of Signer

proved to me on the basis of satisfactory evidence to be the person who appeared before me. Place Notary Seal Above

Signature_______________________________________ Signature of Notary Public

RFP 150024.PC SCA Control Upgrade Project.docx

5-4

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.4. PUBLIC RECORD INDEMNITY AGREEMENT (“Proposer”) shall indemnify, defend and hold SCA, (Print Company Name)

its directors, officers, agents, and employees (collectively, “Indemnitees”) harmless against all claims or causes of action brought against Indemnitees seeking to cause the release or disclosure of Proposer’s Proposal and related materials submitted to Indemnitees in response to SCA Request For Proposal No. 150024.PC, SCA BOP Control System Upgrade Project. In the event Proposer fails or refuses to indemnify or defend Indemnitees upon a timely request as provided hereunder, Proposer shall unconditionally waive all claims against, completely release and forever discharge Indemnitees from any and all claims, damage, loss, expense and liability Proposer may incur arising from or in any way connected to Indemnitees release of Proposer’s Proposal and materials related thereto. It is agreed that in the event of any litigation arising hereunder, the Proposer at the request of SCA shall submit to the jurisdiction of any court of competent jurisdiction within the State of California and will comply with all requirements necessary to give such Court jurisdiction, and that all matters arising hereunder shall be determined in accordance with the law and practice of such court. It is further agreed that service of process in any such litigation may be made in the manner provided for in Section 415.40 of the California Code of Civil Procedure or in any other manner provided for in said code for service upon a person outside the State of California. ACCEPTED FOR PROPOSER Company: Signed: Print Name:

RFP 150024.PC SCA Control Upgrade Project.docx

5-5

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.5. PROMPT PAYMENT PROGRAM SCA has a prompt payment program for small businesses which are certified by the State Department of General Services. Under the program, SCA will guarantee payment of invoices within 20 calendar days from the date of inspection and acceptance by SCA or the date correct invoices are received, whichever is later. If SCA fails to meet the 20 calendar days payment guarantee, the small business will be paid interest on the unpaid invoice at prime plus 2% APR. Late interest payments, if applicable, will be made without an additional invoice from the small business. To participate in this program, please indicate “prompt payment” below and provide evidence of certification with your bid. Bidder is eligible for, and is requesting, a prompt payment program: YES

NO

PROPOSER:

Company: Signed: Print Name:

RFP 150024.PC SCA Control Upgrade Project.docx

5-6

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.6. SEED PROGRAM SMALL BUSINESS DECLARATION Complete this form to apply for SEED Program consideration. To qualify for the SEED Program, a firm must have a current certification as a Small Business from the California Department of General Services. In addition, the firm must qualify as a SMUD ratepayer for the preceding six months by receiving SMUD electric service at the principal office* listed by the Department of General Services. If your firm or one of your proposed subcontractors qualifies under these criteria, SMUD will validate all submitted information and determine the proposing firm’s SEED Program qualification. To expedite the verification process: 1) Submit a copy of the most recent SMUD statement for the principal office shown on your DGS Small Business application OR 2) If the firm leases its principal space from a property management company or a landlord and the SMUD utilities are included in the lease, please initial in the blank space provided above and attach a copy of the current lease showing the dates of occupancy, principal office of property and signatures of both parties AND Submit a copy of the current Small Business certification notice from the California Department of General Services. Proposed SEED firm: Contact Name: Title: Phone Number: I hereby certify that this firm qualifies for the SEED Program as defined above. This firm has been certified as a Small Business by the California Department of General Services. I hereby swear that I am duly authorized to legally act on behalf of the above named company. Signed: Print Name: Title: Date: If you or one of your proposed subcontractors is not certified by DGS and would like to become certified for future contracting opportunities, please refer to www.SMUD.org/SEED or contact SMUD Supplier Diversity at (916) 732-5623 or email [email protected] . *Principal office means where the business is headquartered and conducts the management and operations of the business.

RFP 150024.PC SCA Control Upgrade Project.docx

5-7

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.7. DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS AND SUPPLIERS (TO BE COMPLETE BY ALL BIDDERS/PROPOSERS) The following are the names and business locations of the prime contractor and all subcontractors who will perform work or labor or render service to the Proposer in or about the work, or who will specially fabricate and install a portion of the work or improvement according to detailed drawings contained in the plans and specifications (as applicable) together with a statement of the portion of the work to be done by each subcontractor. SEED Program - The Proposer may only count toward its SEED Program subcontracting credit those expenditures to subcontractors or contractors under a subcontractor that perform a commercially useful function. In addition, each contractor or subcontractor claiming SEED Program qualification shall complete the SEED PROGRAM SMALL BUSINESS DECLARATION.

Firm (Name and Address)

1.

Work, Material or Service (Provide Brief Description)

Supplier Diversity/SEED Program Status

Percent (%) (Of Total Proposal Price)

Dollar Amount (Of This Firm's Work, Material or Service)

PROPOSER/PRIME CONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

Phone # License Number & Classification

2.

SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification

3.

SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification

4.

SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification

RFP 150024.PC SCA Control Upgrade Project.docx

5-8

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

DESIGNATION OF PRIME CONTRACTOR, SUBCONTRACTORS AND SUPPLIERS (Continuation Page ; may be duplicated as needed)

SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

___ % of Total Proposal

$_________ Amount of Total Proposal

Phone # License Number & Classification SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification SUBCONTRACTOR Name

SEED Qualified Yes No

Address City, State, Zip Primary Contact Phone # License Number & Classification

RFP 150024.PC SCA Control Upgrade Project.docx

5-9

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.8. CONTRACTOR’S LICENSE INFORMATION I,

hereby certify under penalty of perjury, that (Print Company Representative Name)

is/are (Print Company Name)

licensed by the California Department of Consumer Affairs, Contractors State License Board, under Chapter 9 of Division 3 of the Business and Professions Code of the State of California; and that said license(s) is/are in a classification(s) appropriate for the work to be undertaken. It is the responsibility of the Contractor to verify that all of its subcontractors have a California Contractor’s License that is active, current and in good standing. LICENSE NUMBER(S)

CLASSIFICATION(S)

EXPIRATION DATE(S)

PROPOSER: Company: Street Address: City:

State:

Zip:

Signed: Print Name: Title: Telephone:

Fax:

Email:

Date:

RFP 150024.PC SCA Control Upgrade Project.docx

5-10

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.9. BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, that we I,

as Principal, and (Print Company Representative Name)

as Surety, are held (Print Company Name)

and firmly bound unto the SACRAMENTO COGENERATION AUTHORITY (hereinafter “SCA”), in the penal sum of TEN PERCENT OF THE TOTAL AMOUNT BID for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The Condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated 20 . NOW THEREFORE, if the Principal withdraws said bid within the period specified therein; or if the Principal shall not, within 15 days after the prescribed forms are presented to him/her for signature, for any reason whatsoever except the fault of SCA, enter into a written Contract with SCA in accordance with the Bid as accepted, and give bond with a good and sufficient surety as required by the Contract for the faithful performance and proper fulfillment of such Contract, then the above obligations shall be and remain in full force and virtue, otherwise they shall be void. In the event suit is brought upon this bond by the Obligee and judgment is recovered, the Surety shall pay all costs incurred by the Obligee in such suit, including a reasonable attorney’s fee to be fixed by the Court. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this , 20 .

day of

Principal: Signed: Print Name: Title: Surety: Street Address: City:

State:

Zip:

Surety Telephone: Attorney in fact Print Name: (The signature of the Surety on this bond must be acknowledged before a Notary Public.)

RFP 150024.PC SCA Control Upgrade Project.docx

5-11

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.10. DETAILED PROPOSAL 5.10.1 Evaluation Criteria 1

Pass/Fail Requirements

A. Proposer’s Experience and Qualifications: This section shall include the client name and phone number of at least one previous project that includes the upgrade of a combined cycle cogeneration power plant from a Westinghouse WDPF DCS to the control platform being proposed. Experience can be corporate, via a person currently employed by the proposer or via subcontractor. However, the employee or subcontractor must have performed the software configuration of the control system and taken part in the commissioning of the software written. Furthermore, the proposer must guarantee that said employee or subcontractor performed the software configuration for the duration of the project. Pass/Fail Response:

B. Signed Confidentiality and Non Disclosure Agreement (NDA): To receive the Technical Specification Appendices A-C documents and to be considered a Pre-qualified proposer a NDA must be executed and received prior to the Pre Proposal Conference. Proposers must complete and submit via email to Doug Moore at [email protected]. The form is attached as a separate document. Pass/Fail YES NO C. Pre Proposal Conference Attendance: The Pre Proposal Conference is mandatory. Proposals received by firms that did not attend will be determined non responsive. Pass/Fail:

YES

5.10.2 Evaluation Criteria 2

NO SEED Program Evaluation Points

Ten (10) evaluation points will be awarded to SEED qualified prime Proposers. Non-SEED prime Proposers will receive up to ten evaluation points on a pro-rata basis for proposing at least 20% subcontracting which utilizes SEED subcontractors. Details are in the Supplier Education & Economic Development section of this document. 5.10.3 Evaluation Criteria 3

Proposer's Experience and Qualifications

This section shall include, but is not limited to, the following information: A. A statement describing the origin, background, and size of the Proposer's company. Response:

B. A description of the Proposer's expertise in the area covered by this Request for Proposal. RFP 150024.PC SCA Control Upgrade Project.docx

5-12

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

Response:

C. A description of the Proposer's previous electric utility and public agency experience. Response:

D. A list of 5 former clients who received similar services from the Proposer. This listing shall include names of client representatives and their phone numbers. Response:

5.10.4 Evaluation Criteria 4

Experience and Qualifications of Key Project Personnel

A. This section shall include a narrative description of how the Proposer will organize and perform the services outlined in the Scope of Work section of this Request for Proposal. B. In addition, provide a corporate and project organization chart. C. A brief resume of key individuals on the proposed organization chart shall also be included in this section. The resumes shall include as a minimum the following information:    

Name Position Experience Summary (highlight information related to the scope of this Request for Proposal) Educational Background

D. The Proposer must ensure in writing, that to the extent within its control, the personnel proposed to work on this project shall remain available to the project for the full term of the contract. Response:

5.10.5 Evaluation Criteria 5

Proposer's Ability to Respond to SCA's Needs

In this section, the Proposer shall provide a plan detailing how the Proposer will support SCA during the engineering, design, installation, start up, commissioning and post start up support phases of the project. The proposer shall include a plan and their capabilities for providing ongoing technical support of the installed system. Response:

RFP 150024.PC SCA Control Upgrade Project.docx

5-13

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY 5.10.6 Evaluation Criteria 6

RFP NO. 150024.PC

Technical Approach

Proposer shall describe in detail the technical approach that would be used to perform the scope of work described in the Technical Specifications of the RFP. Proposer is to identify all project activities and resource requirements including scope of services, labor classifications, work plan, project schedule and deliverables. The Proposer shall submit catalog cut sheets of major supplied equipment including but not limited to the HMI servers, operator interface computers, Ethernet switches, field I/O, interface cables/termination board adaptors, power supplies, enclosures and racks. Response:

5.10.7 Evaluation Criteria 7

Commercial Terms (Price)

E. This section includes the cost information contained in the Bid Schedule section of this Request for Proposal. (see bid schedule)

RFP 150024.PC SCA Control Upgrade Project.docx

5-14

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

5.11. BID SCHEDULE RFP No. 150024.PC Bids will be considered on the following schedule only and no restrictive or conditional bid will be considered. The quantities listed in the schedule are the Engineer’s estimate, are approximated only, being given as a basis for the comparison of bids. SCA does not, expressly or by implication, propose or agree that the actual quantities of work will correspond therewith, but reserves the right to increase or decrease the amount of any portion of the work shown by the Bid Schedule, or to omit portions of said work, as may be deemed advisable by the Engineer. Payment for unit price items will be made on the basis of quantities actually installed. The unit price amounts shown below include all labor, material, equipment, engineering and incidentals required to provide the work specified. ITEM NO. 1. 2. 3. 4. 5.

DESCRIPTION Hardware supply Engineering/design Installation and start up Additional SCA Directed Work TOTAL ITEMS 1 THROUGH 4

EST. QTY. 1 1 1 1 N/A

UNIT LS LS LS LS N/A

BILLING RATE N/A N/A N/A N/A N/A

TOTAL AMOUNT $ $ $ $ $

100,000

Note: SCA’s evaluations for award will include SEED Price Advantage calculations In case of discrepancy between the unit prices bid and the extensions thereon, the unit prices shall govern. In case of an error in the addition of the total bid amount for all bid items the corrected total shall govern. DETERMINATION OF QUANTITIES & SCOPE OF PAYMENT The quantity of work to be paid for under any Bid Item of work will be for the actual work performed. No payment will be made for work done outside of prescribed or ordered limits. Additional SCA Directed Work Bid Item 4 The Contractor’s bid is to be considered all-inclusive to perform the work of this contract. SCA may, at its discretion, determine that additional work is required to be included as part of this contract. The Contractor, when so directed by SCA, will perform such additional work as part of this contract. Bid Item 4 of the Bid Schedule, in the amount shown may be used to pay for said additional work. Payments under Bid Item 4 will be made only for that additional work that is authorized by SCA in writing. Costs in excess of the amount allocated for this item are not reimbursable. The Engineer shall approve all material and equipment payable under this item in advance and in writing. Payment will not be made under this item for subcontract labor, materials or equipment that is considered as part of the work under other Bid Items.

RFP 150024.PC SCA Control Upgrade Project.docx

5-15

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

The rates proposed above shall remain fixed for the duration of the contract unless otherwise approved in writing by SCA. PROPOSER: Company: Street Address: City:

State:

Zip:

Signed: Print Name: Title: Telephone:

Fax:

Email:

Date:

RFP 150024.PC SCA Control Upgrade Project.docx

5-16

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

6. CONTRACT Note: The Contract is attached as a separate document.

RFP 150024.PC SCA Control Upgrade Project.docx

6-1

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

7. GENERAL CONDITIONS Note: The General Conditions are attached as a separate document.

RFP 150024.PC SCA Control Upgrade Project.docx

7-1

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

8. SPECIAL CONDITIONS Note: The Special Conditions are attached as a separate document.

RFP 150024.PC SCA Control Upgrade Project.docx

8-1

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

9. TECHNICAL SPECIFICATIONS Note: The Technical Specifications are attached as a separate document.

RFP 150024.PC SCA Control Upgrade Project.docx

9-1

RFP Construction.dotm

SACRAMENTO COGENERATION AUTHORITY

RFP NO. 150024.PC

10. CONFIDENTIALITY AND NON DISCLOSURE AGREEMENT Technical Specification – SCA BOP Controls Upgrade Project Appendix A

Contract Drawings Existing control system schematic drawings (376 drawings total) 5D93492, Sh.2 Existing WDPF system layout 5D93492, Sh.3 Existing WDPF system data highway 5D93492, Sh.4 Existing WDPF system information highway 5D93492, Sh.5 Existing WDPF system power cabling 5D93492, Sh.6 Existing WDPF system grounding 5D93492, Sh.7 Existing WDPF system remote I/O cabling RFP120421-1 New control room console layout

Appendix B

System I/O Lists SCA WDPF IO List.xlsx

Appendix C

WDPF system I/O list

Existing graphics screen shots and reports WDPF system screen shots Daily operational and effluent SCA commodity reports

Note: Proposers will be required to complete a “Confidentiality and Non-Disclosure Agreement” prior to SCA issuance of access to the above referenced documents. Please contact Doug Moore to arrange for submittal of the agreement and release of the documents.

RFP 150024.PC SCA Control Upgrade Project.docx

10-1

RFP Construction.dotm